Similar Projects
RFQ - Office of Construction and Facilities Management (CFM), Program Management (PM) Support services
Renovation
Design
Washington, DC 20001

Mechanical MACC
Term Contract
Design
Washington Na, DC 20374

CISA Headquarters Building, St Elizabeths West Campus, SE WASH DC
New Construction, Infrastructure - 620,000 SF
Bidding
$400,000,000 CJ est. value
Washington, DC 20032

RFQ Contractor - VA Medical Center (VAMC) Mechanical Systems Ongoing Maintenance And Repairs BPA
Term Contract
Bidding
Washington, DC 20422

RFP D/B - USCG National Multiple Award Construction Contract (NMACC III)
Term Contract
Post-Bid
$25,000,000 CJ est. value
Seattle, WA 98174

P-5001 Joint Air Defense Operations Phase 2
New Construction, Infrastructure
Post-Bid
$100,000,000 CJ est. value
Washington, DC 20036

RFQ D/B - Design/Build Regional Office Building (ROB) Modernization Project
Renovation
Pending Verification
$550,000,000 CJ est. value
Washington, DC 20036

Anchor Small Business, Indefinite-Delivery, Indefinite-Quantity, Multiple Award Construction Contract for General Construction Projects Primarily
Term Contract
Design
$15,000,000 CJ est. value
Washington Na, DC 20374

Anechoic Chamber Refurbishment
Renovation
Bidding
$750,000 CJ est. value
Washington, DC 20375

Multiple Award Construction Task Order Contract
New Construction, Renovation, Demolition
Post-Bid
Washington, DC - Baltimore, Perry Point, MD - Beckley, Clarksburg, Huntington, WV 21201

Security Systems Maintenance (SSM) Contract
Term Contract
Design
Washington, DC 20036

NAVFAC NRL-A47 & B29 Replace Roofs
Build-out, Renovation
Bidding
$500,000 CJ est. value
Washington, DC 20375

DIA Delivery Order Construction (DDOC) IDIQ - Single Award
New Construction, Renovation
Post-Bid
Washington, DC

RFP D/B - New Executive Office Building Long Wing 6th and 7th Floor Modernization-Design-Build
Renovation
Design
$10,000,000 CJ est. value
Washington, DC 20006

Chiller Plant Optimization, Building A-47, NRL-DC (NEPA 23-016) (PW5753, 5924, 5939)
Build-out, Renovation
Bidding
$500,000 CJ est. value
Washington, DC 20032

Last Updated 05/23/2023 02:37 AM
Project Title

RFQ - AOC Multi-Award A/E IDIQ

Physical Address View project details and contacts
City, State (County) Washington, DC 20036   (District of Columbia County)
Category(s) Government/Public
Sub-Category(s) Military Facility
Contracting Method Competitive Bids
Project Status Request for Qualifications, Construction start expected November 2023
Bids Due View project details and contacts
Estimated Value $150,000,000 [brand] Estimate
Plans Available from Agency's Affiliate - 04/28/23
Owner View project details and contacts
Architect View project details and contacts
Description

The Architect of the Capitol (AOC) is seeking to procure A/E Services in accordance with the AOC Contracting Manual Section 8.5 A/E Services and consistent with the Selection of Architects and Engineers Statute (Public Law 92-582), formerly known as the Brooks Act, and implemented in Federal Acquisition Regulation (FAR) 36.6 for architect-engineer services in support of the Architect of the Capitol. The AOC Contracting Manual can be found on the AOC website at https://www.aoc.gov/sites/default/files/2023-01/AOC-Order-34-1_Contracting-Manual-2022.pdf The AOC intends to award approximately ten (10) Indefinite Delivery-Indefinite Quantity (IDIQ) contracts with an ordering period of eight years to accomplish critical planning, design, engineering, and emergency response tasks in support of the Capitol Complex facilities management. The Capitol Complex is over 570 acres in Washington, D.C., as well as remote campuses in Maryland and Virginia; all buildings and grounds are under the care and supervision of the AOC. The awarded contracts will utilize a total shared capacity of $150,000,000 over the total 8-year ordering period. Each specific IDIQ Task Order shall be separately negotiated based on the scope and A/E effort involved. Project Description Selected teams of consultant firms shall employ qualified professionals with appropriate registrations and certifications for each service being provided. Architectural and engineering licenses shall be current for the project's location in one or more of the jurisdictions of District of Columbia, Maryland, or Virginia. The following types of services are required to be available under this contract, refer to Refer to Attachment 1, Statement of Work for the full scope. Required Services: Planning Services Project Administration Consulting Permitting Authority Architectural Design Services Interior Design Services Civil Engineering Services Structural Engineering Services Exhibit Design Services Historic Preservation Services Engineering Services to include Mechanical, Plumbing, Electrical, Electronic, Acoustical, Audio Visual Fountain and Water Display Services Vertical Transportation Services Roofing and Waterproofing Services Food Service Design Services Sustainable Design Services Commissioning Services Fire Protection Services Industrial Hygienist and Certified Industrial Hygienist Services Security Assessment, Design, and Engineering Services Cost Estimating Services Geospatial Services Risk Management Services Additional/Core Services: Building Information Modeling (BIM) Services Computer Aided Design (CAD) Services Emergency Architectural and Engineering Services Project Closeout Services To ensure the broad range of architectural and engineering efforts are performed by the most talented teams, the multi-award IDIQ will use a procurement approach similar to the Brooks Act. This will allow the AOC to expediently select firms based on their technical competency, qualifications, and prior experience. Contract Procedures: THIS IS NOT A REQUEST FOR PROPOSAL. THE FUTURE REQUEST FOR PROPOSAL WILL NOT BE PUBLICLY ISSUED BUT WILL BE ISSUED CONSISTENT WITH FAR 36. THIS IS A REQUEST FOR STANDARD FORM (SF) 330s ARCHITECT-ENGINEER QUALIFICATION PACKAGES ONLY. THE GOVERNMENT WILL NOT PAY, NOR REIMBURSE ANY COSTS ASSOCIATED WITH RESPONDING TO THIS REQUEST. THE GOVERNMENT IS UNDER NO OBLIGATION TO AWARD A CONTRACT AS A RESULT OF THIS ANNOUNCEMENT. ALL INFORMATION NEEDED TO SUBMIT SF 330 DOCUMENTS IS CONTAINED HEREIN. NO OTHER REQUEST FOR SF 330s WILL BE MADE. NO OTHER SYNOPSIS TO SAM.GOV IS ANTICIPATED. Interested A/E firms shall submit a Qualifications Package which comprises relevant overall experience, a management plan, Key Personnel documentation that their team provides all required skills as indicated here within, and evidence of satisfactory past performance demonstrating their capability to successfully execute the requirements of the proposed contract. The AOC will evaluate the qualifications in accordance with the selection criteria listed herein and will short-list the most qualified A/E firms. This notice constitutes public announcement consistent with the requirements in FAR 36.601-1. Interested prime firms having the capabilities to perform these services must submit a comprehensive Standard Form 330 (SF 330), including all subcontractor/consultant information, in accordance with the Submission Format section, below. Firms will be selected based on demonstrated competence and qualifications for the required work as per their SF 330. The SF 330 can be found on the following GSA web-site: https://www.gsa.gov/forms-library/architect-engineer-qualifications The Selection Process will be consistent with FAR 36.602 and the selection criteria for this acquisition are listed below. Each selection criteria are to be specifically addressed not only through the submission of the SF 330 but also in narrative format, to clearly show how each selection criteria is formally addressed. Failure to include narrative explanatory information may result in a lower evaluation. The AOC will short-list the Firms to the most highly qualified A/E firms consistent with FAR 36.602-3(c), with the intent to award contracts to approximately 10 A/E firms. As part of this process, each of the selected most highly qualified A/E firms will be invited to participate in an Interview Presentation to the Evaluation Board to highlight their qualifications and present their approach to the Phase I Sample Project. Presentations will be followed by a question-and-answer period. The presentation and interview will occur virtually, as a video conference call, at a date to be determined. Firms will be given sufficient advance notice to allow their representatives to participate in the interviews or presentations. Refer to Attachment 2 Section 3.8.1 for required participants. After the interview process is completed, the Government will make the final selections consistent with FAR 36.602-4. Negotiations for IDIQ Firm Fixed Price labor rates will then begin with the top-ranked firms. Award selection will be made based on the results of the Interview Presentations and successful negotiation of rates for the project, and not the SF-330 qualifications from Phase I. If negotiations are not successful with a top-ranked firm, they may not receive an award. The proposed A/E services will be obtained by individual Task Orders issued against the IDIQ contract. This announcement is open to all businesses regardless of their size. Submitting a SF 330 package as a prime does not preclude a firm from also serving as a subcontractor on another firm's SF 330 package submission. Award of the contract is estimated to occur on or about Q1 of Fiscal Year 2024. If a large business is selected for this contract, it must comply with AOC52.219-3 Small Business Subcontracting Plan regarding the requirement for a subcontracting plan. A subcontracting plan is not required with this SF 330 submittal but will be requested prior to award with the selected firm, if applicable. The AOC maintains current small business goals on its website, located at https://www.aoc.gov/about-us/work-with-us/small-business-opportunities. Submission Format: Submissions must conform to Attachment 2 - Instructions to Offerors. Selection Criteria: Submissions will be evaluated in accordance with Attachment 3 - Evaluation Criteria. Phase I: Firms responding to this notice will be evaluated and ranked using the selection criteria listed below and as further detailed in Attachments 2 and 3. The factors are listed in descending order of importance. The selection criteria evaluation will consider how each factor is addressed and how it is formatted to coincide with the selection criteria in accordance with the evaluation criteria in Attachment 3. The selection criteria listed below shall be addressed in Part H of the SF 330. Prime Consultant professional qualifications necessary for satisfactory performance of required services. Specialized experience and technical competence and key personnel in order to accomplish critical planning, design, and emergency response tasks in support of the Capitol Complex facilities management. Past performance on contracts with Government agencies and private industry in terms of cost control, high quality design aesthetics and graphic design, overall quality of work, and compliance with performance schedules. Management Plan and compliance with AOC's security policies and procedures. Capacity to accomplish the work in the required time. Location in the general geographical area of the project and knowledge of the locality of the project. Phase II: The short-listed firms will be invited to present their qualifications in person to the Evaluation Board in the form of Interview Presentations. The Interview Presentation instructions and will be provided to these firms at the time they short listed. Each short-listed firm will be evaluated based on their responses to the evaluation criteria during their Interview Presentation. Point of Contact John Lingamfelter, Contracting Officer, Email: john.lingamfelter@aoc.gov Mallory Perreault, Contract Specialist, Email: mallory.perreault@aoc.gov Architect of the Capitol, Design and Construction Acquisition Division, Ford House Building Room H2-537, 2nd and D Streets SW, Washington, DC 20515, UNITED STATES. Place of Performance The A/E's established design production offices and Project Site. The work involved in this contract can be performed at Contractor's facilities, however, Contractors will be required to come onsite for project meetings, field survey work, and other site visits deemed necessary for completion of work under each Task Order. Project Site United States Capitol Complex, including remote campuses in Maryland and Virginia. Specific location is determined by each Task Order. Attachments: There are a total of sixteen (16) attachments for this announcement. The method of Contractor Selection has not been Determined at this time.

Details

Division 03 - Concrete, Cast-in-Place Concrete, Precast Concrete.
Division 04 - Masonry, Unit Masonry.
Division 05 - Metals, Structural Metal Framing.
Division 06 - Wood, Plastics, and Composites, Rough Carpentry, Finish Carpentry, Architectural Woodwork.
Division 07 - Thermal and Moisture Protection, Dampproofing and Waterproofing, Thermal Insulation, Weather Barriers.
Division 08 - Openings, Metal Doors and Frames, Wood Doors, Plastic Doors, Specialty Doors and Frames, Entrances and Storefronts, Curtain Wall and Glazed Assemblies, Windows, Hardware.
Division 09 - Finishes, Plaster and Gypsum Board, Tiling, Acoustical Ceilings, Flooring, Resilient Flooring, Carpeting, Acoustic Treatment, Painting.
Division 10 - Specialties, Visual Display Units, Signage, Compartments and Cubicles, Toilet Compartments, Partitions, Fire Protection Specialties, Fire Protection Cabinets, Fire Extinguishers, Storage Assemblies, Flagpoles.
Division 12 - Furnishings, Window Treatments, Casework, Office Furniture, Multiple Seating.
Division 21 - Fire Suppression, Fire-Suppression Sprinkler Systems.
Division 22 - Plumbing, Facility Water Distribution, Facility Sanitary Sewerage, Facility Storm Drainage, Plumbing Equipment, Plumbing Fixtures.
Division 23 - Heating, Ventilating, and Air Conditioning (HVAC), Instrumentation and Control for HVAC, HVAC Piping and Pumps, HVAC Air Distribution.
Division 26 - Electrical, Instrumentation and Control for Electrical Systems, Interior Lighting, Emergency Lighting, Exit Signs, Exterior Lighting.
Division 27 - Communications, Structured Cabling, Data Communications, Voice Communications.
Division 28 - Electronic Safety and Security, Electronic Access Control and Intrusion Detection, Fire Detection and Alarm.
Division 31 - Earthwork, Site Clearing, Grading, Soil Treatment.
Division 32 - Exterior Improvements, Bases, Ballasts, and Paving, Flexible Paving, Asphalt Paving, Rigid Paving, Concrete Paving, Curbs, Gutters, Sidewalks, and Driveways, Planting Irrigation, Turf and Grasses.
Division 33 - Utilities, Water Utilities, Sanitary Sewerage Utilities, Storm Drainage Utilities.

Bidder's List View project details and contacts
Prospective Bidders View project details and contacts
Project Documents
 Engineered Spec Sheet
 Architectural Plans
 Other Documents